SOURCES SOUGHT
60 -- Fault Current Limiting Device
- Notice Date
- 7/15/2011
- Notice Type
- Sources Sought
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-P-0385
- Archive Date
- 8/9/2011
- Point of Contact
- Stephanie E. Roberts, Phone: 9375224527
- E-Mail Address
-
stephanie.roberts@wpafb.af.mil
(stephanie.roberts@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing one fault current limiting device. Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the System are as follows: 1 General Specification: This specification covers the design and construction of a current limiting protection device to protect General Electric magne-blast circuit breakers model AM-15-200-2. 1.1 The device shall be built in accordance with the latest rating and manufacturing standards of the IEEE, NEMA and ANSI. The device will be designed and constructed to limit fault currents on the installed circuit without unexpected damage to the device or to the protected equipment. See rating information for specific current limiting data. 1.2 The device must be constructed to fit in the existing indoor bus enclosure, and adapt to existing bus. Approximate dimensions of enclosure are 9 ft long, 5 ft wide and 42" high. Adjoining bus construction: 6 5/8" O.D. copper spaced 12" on center. 2 Required ratings and system characteristics: 2.1 System configuration: WYE connected, high resistance grounded, 7200V phase to phase(normal operating voltage), 3,000 amps continuous current. 2.2 Available fault current: 45,709 amps symmetrical. 2.3 Maximum let-thru current: 22,000 amps, symmetrical. 2.4 Maximum firing level(instantaneous): 14,000 amps 3 Additional Requirements: 3.1 Dual sensing and firing logic with extra current transformers as required. 3.2 Remote sensing of current limiting device operation. Two normally open and two normally closed set of form C contacts per phase. 3.3 Local indication of operation on the device. 3.4 Control power supply that operates on 250VDC. Remote monitoring of control power with one form C contact to show control system is working. 3.5 Field test unit for operational testing. 3.6 All necessary control cables. 3.7 Spare device unit. 3 units if one per phase. 4 Documentation: 4.1 Installation drawings and instructions are required and must be approved by the requesting agency prior to shipment of the equipment. 4.2 Operating and maintenance manuals: 3 paper copies and one electronic copy are required. These must include theory of operation and preventative maintenance procedures. All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 335313. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: stephanie.roberts@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Stephanie Roberts, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 p.m. Eastern Standard Time, 25 July, 2011. Direct all questions concerning this acquisition to Stephanie Roberts at stephanie.roberts@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-P-0385/listing.html)
- Place of Performance
- Address: 7th & E. Streets, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02501156-W 20110717/110716000123-a80fc5f1c85da3f35494cf5c9a5fa77e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |